ftk - center for information technology e-tender for ... · 4 enclose copy of company pan card 5...

20
1 FTK - Center for Information Technology Jamia Millia Islamia (A Central University) New Delhi - 110 025 Website: www.jmi.ac.in E-Tender for Revamping, Hosting and Technical Maintenance of Jamia MilliaIslamia web portal www.jmi.ac.in No.NIT-06 /AMC/WEB/CIT/JMI/2019 Date:- 19/06/2019 On behalf of the Vice-Chancellor, Jamia Millia Islamia (JMI), New Delhi, India, online bids (two bids system) are invited from reputed companies/firms for the Revamping, Hosting and Technical Maintenance of Jamia Web Portal www.jmi.ac.in available in both English as well as Hindi language at Jamia Millia Islamia, New Delhi 110025. The order will be awarded for the period of five years & may be extended for another two years on the basis of satisfactory performance on same rates as well as terms and conditions which needs agreed earlier, which will be examined by FTK-CIT depending upon the performance and with mutual consent. Bid documents with other terms &conditions can be downloaded from Website: https://mhrd.euniwizarde.com and be uploaded along with notified EMD as per following: EMD Request Till Date & Time Last Date & Time for online submission of bids Venue for submission of EMD (*Offline Mode) Estimated cost in Rupees (for one year) Date/Time for opening of Technical Bid (Refundable) Rs. 38000/- 09.07.2019 10/07/2019 by 1.00 p.m. Purchase & Inventory Control Office. Rs. 19.00 lakhs 10/07/2019 at 3.00 p.m. Online/Offline EMD facilities available on the system. Jamia Millia Islamia, New Delhi The Bid Security of the successful bidder would be returned, without any interest whatsoever, after the receipt of Performance Security from them as called for in the contract. EMD is not required to be submitted by those Bidders who are registered with the Central Purchase Organization (e.g. DGS&D), National Small Industries Corporation (NSIC). The EMD will be forfeited if the bidder withdraws or amends, impairs or derogates from the tender in any respect within the validity period of their tender. Tender is required to be uploaded in two bids viz ‘Technical Bid’ and ‘Financial Bid’ separately. Each and every page of the quotation is to be serially numbered and duly signed by authorized bidder/signatory. The rates should be written both in words and figures, free from erasing and over writing and error in typing/writing. Any erasing/error/ correction must be attested by the bidder otherwise the rates in r/o that particular item shall not be considered. Format of undertaking is enclosed as Annexure - 'A' and Terms and conditions of the contract is enclosed as Annexure - 'B' and. Scope of work is enclosed as Annexure - 'C', Price of Bids is enclosed as Annexure- ‘D’, Affidavit of criminal liability is enclosed as Annexure- Eand Details of the Service provider / Contractor is enclosed as Annexure F’. The Vice-Chancellor, Jamia Millia Islamia, JMI reserves the right to reject any tender or all without assigning any reason thereof. Only technical bid (un-priced) shall be opened first and shall be referred for technical evaluation. The financial bid of only that technical bid which is found acceptable by the Technical Evaluation Committee will

Upload: others

Post on 23-Sep-2019

1 views

Category:

Documents


0 download

TRANSCRIPT

1

FTK - Center for Information Technology Jamia Millia Islamia

(A Central University)

New Delhi - 110 025

Website: www.jmi.ac.in

E-Tender for Revamping, Hosting and Technical Maintenance of

Jamia MilliaIslamia web portal www.jmi.ac.in

No.NIT-06 /AMC/WEB/CIT/JMI/2019 Date:- 19/06/2019

On behalf of the Vice-Chancellor, Jamia Millia Islamia (JMI), New Delhi, India, online bids (two bids system) are invited from reputed companies/firms for the Revamping, Hosting and Technical Maintenance of Jamia Web Portal www.jmi.ac.in available in both English as well as Hindi language at Jamia Millia Islamia, New Delhi 110025. The order will be awarded for the period of five years & may be extended for another two years on the basis of satisfactory performance on same rates as well as terms and conditions which needs agreed earlier, which will be examined by FTK-CIT depending upon the performance and with mutual consent. Bid documents with other terms &conditions can be downloaded from Website: https://mhrd.euniwizarde.com and be uploaded along with notified EMD as per following:

EMD Request Till

Date & Time

Last Date & Time

for online

submission of bids

Venue for

submission of

EMD (*Offline

Mode)

Estimated

cost in

Rupees

(for one

year)

Date/Time

for opening

of Technical

Bid

(Refundable)

Rs. 38000/- 09.07.2019 10/07/2019 by 1.00 p.m.

Purchase & Inventory Control

Office.

Rs. 19.00 lakhs

10/07/2019 at 3.00 p.m.

Online/Offline

EMD facilities

available on the system.

Jamia Millia

Islamia, New

Delhi

The Bid Security of the successful bidder would be returned, without any interest whatsoever, after the

receipt of Performance Security from them as called for in the contract. EMD is not required to be submitted by those Bidders who are registered with the Central Purchase Organization (e.g. DGS&D),

National Small Industries Corporation (NSIC). The EMD will be forfeited if the bidder withdraws or

amends, impairs or derogates from the tender in any respect within the validity period of their tender.

Tender is required to be uploaded in two bids viz ‘Technical Bid’ and ‘Financial Bid’ separately. Each and

every page of the quotation is to be serially numbered and duly signed by authorized bidder/signatory. The

rates should be written both in words and figures, free from erasing and over writing and error in typing/writing. Any erasing/error/ correction must be attested by the bidder otherwise the rates in r/o that

particular item shall not be considered. Format of undertaking is enclosed as Annexure - 'A' and Terms and

conditions of the contract is enclosed as Annexure - 'B' and. Scope of work is enclosed as Annexure - 'C',

Price of Bids is enclosed as Annexure- ‘D’, Affidavit of criminal liability is enclosed as Annexure- ‘E’ and Details of the Service provider / Contractor is enclosed as Annexure – ‘F’.

The Vice-Chancellor, Jamia Millia Islamia, JMI reserves the right to reject any tender or all without assigning any reason thereof. Only technical bid (un-priced) shall be opened first and shall be referred for technical evaluation. The

financial bid of only that technical bid which is found acceptable by the Technical Evaluation Committee will

2

be considered for opening of financial bids. The award of contract shall be considered to the lowest bidders

fulfilling the conditions.

Conditional bid will not be accepted.

Bids without EMD/tender processing fees will be rejected.

Tender cost amount will be non-refundable.

3

A) TECHNICAL BID:- TECHNICAL ASSESSMENT WILL BE EVALUATED ON THE BASIS OF;

S.No. Documents to be Submitted

Documents

Submitted

(Yes/No)

1 Tender Fee not applicable

2 Tender EMD in the form of Online e-payment mode or Demand Draft in favour of

Registrar, Jamia Millia Islamia, payable at New Delhi or Proof of Exemption

3 Proof of an established Information Technology Private/Public Company registered

under Companies Act, 1956 / 2013

4 Enclose Copy of Company PAN Card

5 Enclose Copies of Company GST Registration

6 Balance Sheet of last three years or turnover certificate duly attested by CA

7 Proposal and Plan for executing the project

8 Proof of Similar Experience as mentioned

Enclose at least two Purchase Order /Completion Certificate copies.

9 Undertaking as per Annexure A.

10 Compliance to the Terms and Conditions of the Tender.

(As per the format given in Annexure –B)

11 Compliance to the Scope of Work and Technical Specifications.

(As per the format given in Annexure-C)

12 Self-Declaration certificate of not being blacklisted by any GoI, Central or state

organizations as per Annexure – E

2. CommercialBid should comprise the following:-

S.No. Documents to be Submitted Documents Submitted

(Yes/No)

1 Price sheet as per the enclosed Price Format in Annexure–D

The information given in technical bid should be reproduced with prices against quoted heads for Revamping,

Hosting and Technical Maintenance of Jamia Web Portal. Any deviation in this regard will render the bid liable

for rejection. The prices should be quoted on lump sum basis over and above with GST. All the rates shall remain firm for a period of three years from the date of bidding.

Note : - Technical Bid downloading/uploading only in the prescribed excel format available on the system.

4

BIDDER’S ELIGIBILITY CRITERIA:

1. Bidder should be a profit making established Information Technology Private/Public Company

registered under Companies Act, 1956/2013 or a registered firm.

2. As the work is to be carried out at Jamia Millia Islamia, the Bidder should have functional office in

Delhi/NCR.

3. Bidder must have an average annual turnover of at least Rs. 30.00 Lakhs for last three financial years.

4. Bidder should have a team of at least 50 persons on roll.

5. Bidder should have executed two projects of Rs. 12Lakhs each in past six years.

6. Bidder should have developed and maintained three educational portals in last six years.

7. Bidder should have experience of designing, developing, maintaining and hosting big web portals/

web applications/ websites in last 6 Years, to substantiate the experience, bidders are required to

attach copies of at least Two Purchase Orders (work order, Completion Certificate and Performance

Certificate) of support services obtained during past 6-years i.e from 2014 to 2019 for following

services:

a. Website Designing, Developing

b. Maintenance of Website

c. Hosting of Website

8. Portal should be hosted in India in a highly secure, scalable, tier-4 data centre.

9. The Bidder should not be currently blacklisted or have been blacklisted with any Government of

India Agency/ PSU, any State Government department. The bidder shall furnish a written declaration

in this regard.

Note:- All documents should be scanned clearly and readable format and same should be upload on the

e-Tendering portal before final submission.

5

ANNEXURE – A

Format of undertaking to be submitted along with tender for Revamp, Maintenance and Hosting of

Jamia Web Portal www.jmi.ac.in

(TO BE SUBMITTED ON A STAMP PAPER OF RS.100/-)

UNDERTAKING :

We hereby undertake that all the information shared in the proposal is accurate. Further, we have never been

blacklisted by any Central/ State Government Department/ Organization/ Ministries/ Institute/s/PSUs.

In case, we are not found complying with above, we are subject to disqualification for bidding to this tender.

Signature of Bidder :

Name :

Address :

Contact No. :

6

ANNEXURE–B

TERMS AND CONDITIONS

S.No Item

Compliance

Statement/

Deviation (Pl.

write)

1. Your quotation must be neat and clean duly signed by authorized signatories on each

page. No erasure or alteration appears in the quotation.

2. Notification of Corrigenda/Addendum

Any notification for changes in specifications/terms shall be through corrigenda/ addendum which shall only be notified on https://mhrd.euniwizarde.com and

University’s website ( www.jmi.ac.in)

3. Eligibility Criteria Documentary proofs showing satisfaction of the eligibility criteria laid down in theTender document must be attached.

4. Scope of Work

Please see Annexure–C

5. Term of Contract

The initial period of contract shall be 5-years plus extendable for a period of two years

on the basis of satisfactory performance which will be examined by the FTK-CIT.

6. Re-Design, Development and Migration of Content: Re-Design and Develop the portal in-line with the requirements of JMI; Jamia web

portal should be responsive. Tenderer should be able to migrate the content from

existing web portal to the newly designed web portal as per the schedule agreed upon

between JMI and the tenderer.

7. Hosting of the Web Portal:

Hosting shall be done in a highly scalable, highly reliable, full managed, tier-4 data

centre with 99.99% uptime. All the security patches are to be implemented from time to time to keep the web portal free from any hacking attempts. Backup policy and Disaster

Recovery Plans are to be taken care of by the tenderer so as to avoid any kind of data

loss/ issues in accessing data portal.

8. Technical Maintenance of the Web Portal: Tenderer should have adequate skilled manpower to fixed the issues/ make

enhancements from time to time as per the mutual Service Level Agreements (SLA)

mutually agreed upon.

10. Prices: The prices should be quoted in Indian Rupees.

11. Award of Contract:

a) Financial bid of the technically qualified bidders would be opened. Technically disqualified bidders would not be considered for financials. Award of contract will

be limited to L 1 Bidder.

b) The L 1 bidder shall be one whose financial bid is found the lowest after scrutiny of

the financial bids. Such a bidder shall be declared successful for award of contract subject to fulfilment of all conditions of the tender. "A Successful bidder" shall be

notified by the JMI in writing through e-mail or letter or fax through issue of letter

of acceptance (LOA). c) Upon receipt of LOA, the successful bidder shall comply with the conditions of

LOA and submit a letter of acceptance within the specified time frame, failing

which, the LOA shall stand cancelled and also lead to annulment of the award, forfeiture of bid security and any other such remedy the JMI may take under the

contract, and the JMI may resort to awarding the contract to next bidder.

d) Upon furnishing the letter of Acceptance the successful bidder shall be asked to

verify the list of assets and services to be placed under the contract. Subsequently, based on the verified bill of material and optional components chosen by JMI, the

contract price shall be calculated and the bidder shall be required to submit

Performance Guarantee as detailed and shall sign the contract.

7

12. As per NIT terms of reference the firm has to carry out all the activities as per the

schedule submitted in the proposal and get the security audit done from Cert-IN empanelled agencies. The Firm to has to submit the security clearance certificate on

successful completion of security audit.

13. The firm would need to submit the Software Specification Document (SRS), Software

Design Document (SDD), Technical Archtiecture, Data Dictionary Document, Test Plan, Test Cases, Test Reports, and User Manual. The firm would provide training of

JMI staff for one week for the Content Management System (CMS) of the newly

designed Web Portal.

14. The firm should design the forms as and when required by JMI. The firm should also

train JMI staff to undertake such assignments in future.

15. AMC of newly designed web portal would start only after migration of content from

the old web portal and after completing the security audit of the web portal. The firm should make changes as and when required by the JMI without any additional cost

implications.

16. The firm should provide adequate infrastructure to host the Jamia Web Portal. The web

portal should open without any delay with excellent performance. The backup policy should ensure at least 10 backups available at any point of time. The Disaster

Recovery Plan should ensure availability of the website at any point of time. The

guaranteed uptime should be 99.99%.

17. A proper record of all replacements shall be maintained by the firm and is subjected to

audit scrutiny if desired by JMI at any stage.

18. Similarly, a record of consumables received from the university shall be maintained

vis-a-vis record of retrieved consumable parts returned to the university.

19. Successful bidder shall draw out a complaint redressal system in consultation with the

authorities of the university duly supported with a written approval.

20. The record of complaints so received and redressed shall be protected and subjected to

inspection by the Jamia's rep as and when asked.

21. The firm shall not outsource the AMC job fully or partially to any third party.

22. The firm would keep on applying security updates/ software upgrades so as to keep the

Jamia Web Portal secure. The firm would take prior approval from JMI to apply these

patches in the off-peak hours.

23. All the engineers and support staff are required to have company identity Card. On

each visit, deputed engineers and support staff shall mark their attendance in the

Website Section, FTK-CIT.

25. Monthly maintenance reports shall be submitted by the company to the Website Section, FTK-CIT.

26. Advance payment will not be made to the agency. Payment will be made to the agency

against quarterly AMC services.

27. Successful firm shall not quote its rates in an adhoc / arbitrary manner. Firm has to satisfy the reasonableness of rates before acceptance. Firm can be subjected to

negotiation of rates in respect of individual items where rates of other firms are L 1.

28. Website Analytics reports are to be submitted by the successful firm on Monthly basis.

29. Taxes clearance ( GST / Income Tax ) etc. has to be submitted by the successful bidder to the university.

30. The newly designed web portal should be made operational in eight weeks of the start

of the contract.

31. Billing: Billing is divided into two parts:

One-time cost for re-design of the Jamia Web Portal shall be made after successful

going LIVE with the new-template of the JMI web portal

Recurring Maintenance and Hosting Charges:

The payment to the service provider/contractor shall be made on quarterly basis. The

bidder shall submit web analytics report and the activities performed during the quarter duly approved by JMI authorities. The bill should be accompanied with the SLA

compliance reports. The bills and the SLA Report will be verified by FTK-CIT, JMI.

8

32. Taxes/Duty/etc.:

All applicable taxes, duties etc. should be clearly and separately mentioned in the financial bid. Please note that Jamia Millia Islamia is an educational institution and is

exempted from payment of a percentage of custom duty and certain taxes as per Govt.

rules for which the University, if required will provide necessary certificates.

33. Validity of Prices: Your bid must remain valid for 180 days from the date of tender opening. No upward

change in prices and changes in terms and conditions will be permitted.

34. Performance Security: The successful bidder will have to submit a Performance Bank Guarantee for an

amount of 10% of the value of the contract/PO in form of an Account Payee Demand

Draft or Fixed Deposit Receipt from concerned Bank or Bank Guarantee for a period

of 05 years + 60 days. No interest will be paid on the Performance Bank Guarantee. (a) The Performance Bank Guarantee should remain valid for a period of 60-days

beyond the date of completion of all contractual obligations of the successful

bidder including warranty obligations.

(b) Extension of Hosting and Technical Maintenance: After completion of 5-years (five years) period and after obtaining satisfactory

services from the successful bidder, JMI at its discretion may offer to renew the Hosting and Technical Maintenance agreement for another two-years or part

thereof on pro-rata charges basis. No supplementary agreement is necessary for

this. A formal letter from the University to this effect & acceptance from the

bidder shall suffice. However, the performance Bank Guarantee as described in this Tender Document shall be extended/re-submitted accordingly by the vendor.

35. Termination of Agreement The JMI may terminate the agreement by giving a written one-month advance notice

to the Service Provider, without compensation and or other suitable action, if : a) The Service Provider becomes bankrupt or is otherwise declared insolvent;

b) The Service Provider being a company is wound up voluntarily or by the order of

a court or a receiver, or manager is appointed on behalf of the debenture holders or circumstances occur entitling the court or debenture holders to appoint a receiver

or a manager, provided that such termination will not prejudice or affect any right

of action or remedy accrued or that might accrue thereafter to the Purchaser. c) The quality of services rendered to Jamia Millia Islamia gets degraded.

d) The Service Provider may request for termination of agreement by giving three-

months advance notice to JMI.

36. Forfeiture of Bid Security (EMD): The bid security shall be forfeited as mutually agreed genuine Pre-estimated

compensation and damages payable to JMI, for interalia, time, cost and effort of JMI

without prejudice to any other right or remedy that may be available to JMI under the bidding documents and or under the contract, or otherwise, under the following

conditions:

a) If a bidder engages in a corrupt practice, fraudulent practice, coercive practice,

undesirable practice or restrictive practice; or b) If the bid is withdrawn or modified during the intervening period between the last

date & time for submission of bids and expiration of the validity period; or

c) If the Bidder does not accept the correction of errors of his bid price in accordance with the tender conditions; or

d) If the bidder having been notified successful bidder by the JMI with the issuance

of LOA during the validity period: i) Fails or refuses to execute / sign the contract with in the stipulated time

frame or

ii) Fails or refuses to furnish the performance Security, in accordance with the

tender conditions in stipulated time given for the purpose.

37. Limitation of Liability

Not with standing anything contained herein, neither party shall be liable for any

indirect, punitive, consequential or incidental loss, damage, claims, liabilities, charges, cost, expense, or injury (including without limitation, loss of use, data, revenue, profit,

business, and for any claims of any third party claiming through service provider) that

9

may arise out of or result from this agreement. The aggregated liability of service

provider under this agreement shall not exceed the total value of the contract.

38. Resolution of disputes:

Except where otherwise provided in the contract, all questions disputes relating to

meaning of terms, conditions and instructions therein before mentioned and as to any

other question, claim, right, matter or thing whatsoever in any way advising out of or relating to the contract instructions, orders or the execution or failure to execute the

same whether arising during or after the cancellation, termination, competition or

abandonment of the contract shall be dealt with as mentioned here in after. If any Dispute is not resolved in the ordinary course of business, the Parties shall in

good faith attempt to resolve the Dispute through negotiation by their representatives.

If a Dispute cannot be resolved by negotiation within 1 (one) month of commencement of negotiations, the Dispute may be referred to and finally resolved by arbitration

under the Arbitration and Conciliation Act 1996.”

All disputes, if arise during the contract period shall be referred to a mutually

appointed arbitrator and will be subject to Delhi Jurisdiction only.

39. Force Majeure: Force Majeure, shall have the meaning as an event that is beyond the reasonable control of either Party and includes fires, flood, earthquakes, element of nature or acts

of God, war, explosion, acts of terrorism, governmental action, change of regulation,

riots, insurrection, strikes or labour disputes

a. Bidder shall not be liable to the other for any breach or delay in the performance of its obligations hereunder if and to the extent that such breach or delay is

caused due to a Force Majeure event.

b. Upon occurrence of a Force Majeure event, the non-performing Party shall be excused from further performance of its obligations until such Force Majeure

Event ceases to prevents or hinder the performance of those obligations, save and

except the obligation of JMI to pay the Bidder for the services already performed.

40. JMI’s RIGHT: The JMI reserves the right to reject lowest quotation or all the quotations or accept any

quotation or part thereof without assigning any reason. Further BOM as indicated in

this Tender Document is subject to change determined by the needs of the University

10

ANNEXURE-C

SCOPE OF WORK AND TECHNICAL SPECIFICATIONS

Existing Web Site of Jamia Millia Islamia

The existing website of Jamia Millia Islamia can be accessed at https://jmi.ac.in. Although, the site is dynamic and it provides vast amount of information. The site provides information on Jamia History,

background and also furnishes up to date account of administrative and academic structure, courses offered,

faculty members, Events, Press Release, Research Abstract & Notices, Jobs Advertisement, hostels, Foreign Students Info and co-curricular activities related info etc. The site also provides information related to

University Reports and RTIs, etc.

Vision of the Web Portal for Jamia Millia Islamia

Jamia Millia Islamia plans to have a dynamic state-of-the-art responsive, web portal, which could truly reflect

Jamia's vibrant academic environment and campus life. This entails beautiful blend of Web 2.0 technologies

and eye-catching manifestation of information.

1. Information Content

For all "Jamia" related information needs, the envisaged portal will be a one-step for Jamia's students, faculty members, administrative staff, prospective students & employees, university visitors, partner

institutes other government department & agencies, and general public inside and outside the country.

The scope of work includes the entire work comprising of planning, requirement gathering, design,

development, and testing, delivering and migrating existing site to the new portal. The Jamia Millia

Islamia expects that the portal will be delivered to the University on "turn-key-basis". In addition, the

portal should provide appropriate plug-ins to passively/actively integrate the portal with the University ERP. The ERP is based on Oracle 11G.

2. Other Required Features The portal should accompany a comprehensive User Management sub-system to support variety of

users ranging from Administrators to Guests. It should allow the administrator to creates user roles and

allow setting up of access rights ranging from entire site to a specific page.

a) It should provide for flexibility to modify the design when a major event has to be published.

b) Design should be flexible to accommodate new pages.

c) Design should allow changing the interface templates for fresh new look as and when required.

d) The portal should be based on International standards like W3C standard for HTML, WAI etc.

e) It should be compatible to various browsers including IE, Mozilla Firefox, Chrome etc.

f) It should provide integration with payment gateway for online payment transactions involved in

processes such as job application and Student’s Fee, etc.

g) It should provide a search module for efficient information retrieval.

h) The portal should have a direct mailing facility where mails could be sent to different contact persons.

i) The portal should support Web 2.0 based tools such as RSS feeds, Blogs, Chats, Podcasts etc.

j) The portal should be securely integrated with Payment Gateway for enabling Jamia to receive e-

payments for student's fee etc.

k) Security: The website should incorporate necessary security features against hacking and

defacement. All logins and payments transaction must operate on secure protocols.

3. Technology

The entire portal should be based on Web 2.0 based CMS like Drupal, Joomla etc.and preferably use

Open Source Tools like LAMP, Moodle, OpenLDAP.

4. Development Methodology

The development methodology should follow an iterative-prototype approach especially during the

early design phase.

11

5. Hosting

The Portal is to be hosted on servers located within India. The vendor may suggest a third party to provide hosting services. However, it should be ensured that the party is competent enough to

safeguard JMI's Web portal and provide robust security to maintain the site integrity and

confidentiality. The other features which JMI would prefer to have in the host ISP are:

a) Be highly reliable with at least 99.5 services up time.

b) Have been providing their services for at least five years.

c) Have adequate Disaster Recovery facilities

d) Ensure that security patches are regularly installed in their software and provide proactive

defense against malware and other cyber-attacks.

e) Provides Secure Sockets Layer (SSL) encryption during payment transaction and user login.

f) Pro-actively monitor and maintain services to maximum server performance and up time.

g) Only allow legal files.

h) Provide clear and proper billing.

i) Safeguard Jamia Millia Islamia's privacy by not sharing, renting or selling its information.

j) Promptly inform Jamia Millia Islamia about any changes to the T&C and/or their plan.

Jamia Millia Islamia reserves the right to host the Portal or any other server. In such a case, the vendor will be required to provide all other services as mentioned in-this document on the server as chosen by

JMI.

The scope would also cover following sections-

6. General Section

a) Fully functional Admin Control Panel for the respective admin using their user ID and password.

b) Bilingual with English and Hindi

c) CMS for Content Pages and other functionalities

d) SEO compliance

e) Website Analytics

f) Dynamic banner slider on home page.

g) Integrated Social Media

h) Backend menu management for the Top, Main, Left Navigation.

i) Auto sitemap generation.

j) Advance Search Engine on various parameter within the website

k) Website will be Responsive (Desktop/Mobile/ Tablet Compatible)

l) Website will be Cross Browser & Cross Platform compatible.

m) Website will comply W3C and WCAQG 2.0A Standards

n) Website complying GIGW Guidelines issued by government of India for the Indian Government

Websites

o) Website administrator must be enable to write text, upload photos, PDF and Common sharable

formats of documents, update and delete the content of each module/Topic

7. Stakeholder

a) Super Administrator User

b) Sub Administrator User

c) Visitor User / Guest User

12

8. Main Menu (Existing Sitemap)

1. Home 2. About Jamia

a. Profile i. History

ii. Jamia Tarana iii. Jamia's Motto

b. Officers i. Chancellor

ii. Vice Chancellor iii. Registrar iv. Deans

c. Authorities i. Anjuman (Court) Minutes

ii. Anjuman (Court) iii. Executive Council iv. Academic Council v. The Majlis-i-Maliyat (Finance Committee)

vi. Planning Board vii. Eminent Personalities

d. Faculties i. Faculty of Architecture and Ekistics

ii. Faculty of Dentistry iii. Faculty of Education iv. Faculty of Engineering and Technology v. Faculty of Fine Arts

vi. Faculty of Humanities and Languages vii. Faculty Of Law

viii. Faculty of Natural Sciences ix. Faculty of Social Sciences

e. Departments

i. Department of Arabic ii. Department of English

iii. Department of Hindi iv. Department of History and Culture v. Department of Islamic Studies

vi. Department of Persian vii. Department of Urdu

viii. Department of Architecture ix. Department of Painting x. Department of Adult and Continuing Education and Extension

xi. Department of Applied Art xii. Department of Applied Sciences & Humanities

xiii. Department of Art Education xiv. Department of Art History & Art Appreciation xv. Department of Biosciences

xvi. Department of Biotechnology xvii. Department of Chemistry

xviii. Department of Civil Engineering xix. Department of Commerce and Business Studies xx. Department of Computer Engineering

xxi. Department of Computer Science xxii. Department of Economics

xxiii. Department of Educational Studies xxiv. Department of Electrical Engineering xxv. Department of Electronics & Communication Engineering

xxvi. Department of Geography xxvii. Department of Graphic Art

xxviii. Department of Mathematics xxix. Department of Mechanical Engineering

13

xxx. Department of Physics xxxi. Department of Political Science

xxxii. Department of Psychology xxxiii. Department of Sculpture xxxiv. Department of Social Work xxxv. Department of Sociology

xxxvi. Department of Teacher Training & Non-formal Education xxxvii. University Polytechnic

xxxviii. Department of Tourism and Hospitality Management xxxix. Reports

xl. Department of Sanskrit

f. Centres i. A.J.K. Mass Communication Research Centre

ii. Academy of Professional Development of Urdu Medium Teachers iii. Arjun Singh Centre for Distance and Open Learning iv. Barkat Ali Firaq State Resource Centre v. Central Instrumentation Facility

vi. Centre for Coaching and Career Planning vii. Centre for Culture Media & Governance

viii. Centre for Early Childhood Development and Research ix. Centre for Gandhian Studies x. Centre for Interdisciplinary Research in Basic Sciences

xi. Centre for Jawaharlal Nehru Studies xii. Centre for Management Studies

xiii. Centre for Nanoscience and Nanotechnology xiv. Centre for North East Studies and Policy Research xv. Centre for Physiotherapy and Rehabilitation Sciences

xvi. Centre for Spanish and Latin American Studies xvii. Centre for the Study of Comparative Religions and Civilizations

xviii. Centre for the Study of Social Exclusion and Inclusive Policy xix. Centre for Theoretical Physics xx. Centre for West Asian Studies

xxi. Child Guidance Centre xxii. Dr. K.R. Narayanan Centre for Dalit and Minorities Studies

xxiii. Dr. Zakir Husain Institute of Islamic Studies xxiv. FTK-Centre for Information Technology xxv. India - Arab Cultural Centre

xxvi. Innovation and Entrepreneurship xxvii. Jamia Community Centre

xxviii. Jamia's Premchand Archives & Literary Centre xxix. Maulana Mohammad Ali Jauhar Academy of International Studies xxx. Multidisciplinary Centre for Advance Research and Studies

xxxi. Nelson Mandela Centre for Peace and Conflict Resolution xxxii. Sarojini Naidu Centre for Women's Studies

xxxiii. UGC-Human Resource Development Centre xxxiv. University Counseling & Guidance Centre

g. Schools

i. Balak Mata Centres ii. Gerda Philipsborn Day Care Centre

iii. Jamia Girls Senior Secondary School iv. Jamia Middle School v. Jamia Senior Secondary School

vi. Mushir Fatma Jamia Nursery School vii. Syed Abid Husain Senior Secondary School

h. International Relations

i. Introduction ii. Staff

iii. Activities iv. List of MoU

14

v. International Relations vi. Student Exchange Programmes

vii. Scholarship Opportunities viii. Download Proforma

ix. Contact Us

i. Office of the Director Academics j. Office of the Director Research k. Act & Statutes

i. Act & Statutes l. Ordinances & Regulations

i. Ordinances & Regulations ii. Other Rules & Regulations

iii. Notifications m. IQAC n. Visitor's Nominees o. Admission & Examination

3. Study at Jamia

a. Programmes /Courses b. Distance Learning Programme c. Admissions d. Examinations e. Research f. Hostels g. Foreign Students Info h. Fellowships and Scholarships i. e-Learning Resources j. Jamia e-Content Mgmt. Sys. k. University Library l. University Placement Cell m. NCC n. NSS o. Games and Sports p. Students' Helpdesk q. Global Jamia Alumni Network r. SAIF Corner

4. Bulletin Board

a. Announcements i. Latest

ii. Archives b. Academic Calendar

i. Academic Calendar ii. Academic Calendar F/o Dentistry

iii. Academic Calendar F/o Engineering and Technology iv. Academic Calendar F/o Architecture and Ekistics v. Academic Calendar : CDOL

vi. List of Holidays c. Jobs | Tenders d. Events e. News f. Notices/Office orders/Circulars g. Outreach Programme

i. Latest ii. Dr. Zakir Husain Memorial Welfare Society-Partnering NGO

iii. Archives iv. Contact Us

h. Publications i. Jauhar - A Quarterly Magazine of JMI

ii. Notice: Reporting activities / achievements i. Photo Gallery

15

i. Latest ii. Faculties

iii. Departments iv. Centres v. Schools

j. Infrastructure k. Press Releases

i. Latest 5. University Reports

a. NAAC Reports b. Annual Reports c. Financial Reports d. UGC/Statistical Data Fact Sheet e. Other Reports

6. Seniority List of Faculty/Staff Members

7. Sitemap

8. Route Map

9. Copyright

10. Privacy

11. Feedback

12. Tobacco-free Campus

13. Employees' Elections

14. List of Authorized Travel Agents

15. Medical bill section related forms and list of panelled hospitals

16. Jamia Mail

9. Additional Features

a) Integration with Social Media

b) FAQ

c) Feedback

d) Popup Module

e) Email Integration

f) Search

g) Payment Gateway Integration

h) RSS Feeds Integration

i) Blogs

j) Chat Feature

k) Podcasts of JMI

l) SSL Certificate Integration

m) Usage Statistics

10. Miscellaneous Features

a) Disclaimer

b) Copyright Policy

c) Hyper Linking Policy

d) Terms & Conditions

e) Privacy Policy

f) Website Policies

g) Accessibility Statement

16

11. Assumptions

a) Website will be developed in both Hindi& English

b) All the content in English & Hindi will provide by JMI.

c) Email will be integrated in website to send various notification/alerts

d) For third party application only link will be provided by JMI

e) Payment Gateway API will be provided by the JMI.

f) SSL Certificate will be provided by the JMI.

g) All the third party URL, API and data will be provided by the JMI.

12. Technology to be used

a) PHP 7.X

b) Apache 2.4.X

c) MySQL 8.X

d) Drupal 7.x

13. Deliverables

a) Software Requirement Specification (SRS)

b) Software Design Document (SDD)

c) Technical Architecture

d) Data Dictionary

e) Test Plan

f) Test Cases

g) Test Report

h) User Manual

i) Source Code

j) Security Audit Certificate

k) GIGW Certificate from STQC

17

ANNEXURE D

FORMAT

PRICE BID SCHEDULE

1. Tender No :

2. Name of Supplier :

S.No. Item Per

mo

nth

Rat

e

Qu

arte

rly

Rat

e

An

nu

al

Rat

e Tax

Am

ou

nt

Total Annual

Cost (Rs.)

1. Charges for technical maintenance

of Jamia Web portal

2. Charges for the hosting of Jamia

Web portal

3.

Charges for migration of data from

existing website to a new website

hosted server*

4. Charges for Re-designing of the

web portal*

*Rate / charges applicable one time

Note : - Financial Bid downloading/uploading only in the prescribed excel format available on the system.

18

ANNEXURE-E

AFFIDAVIT ON CRIMINAL LIABILITY

CRIMINAL LIABILITY UNDERTAKING ON RS. 10/- STAMP PAPER

I ………….. ………………S/o Mr. ………………..…………………… Resident of (Address)……….………………………………………………………….…….. do solemnly pledge and affirm:-

1. That I am the proprietor/Partner/Director of the M/s……………………………………………….………..

2. That no case of any nature i.e. CBI, Criminal/Income Tax/ Sales Tax/ Black listing is pending against

the firm at the time of submission of Tender.

Signature of the Tenderer

Rubber Stamp of Tenderer

Mobile No……………….…

PAN No……………….……

E-mail ……………………...

19

ANNEXURE-F

DETAILS OF THE SERVICE PROVIDER / CONTRACTOR

1. Name of Proprietor / Director /Authorised Signatory :

2. Name of the Participating Firm / Company :

3. Postal Address :

4. Telephone/Mobile No. :

5. Email :

6. Tin No. /GST :

7. Firm Registration No. :

(if any)

8. NSIC / MSME Registration No. If any :

9. PAN No. :

(Attach photocopy) 10. Name of the Directors/Partners/ Proprietor of the Firm/Company 11. Bank Account details for RTGS payment

a) Beneficiary Name :

b) Bank name & Branch Address :

c) Account Number :

d) IFSC :

(Signature with Seal)

20

SEQUENCE OF DOCUMENTS TO BE UPLOADED

Technical Bids and Financial bids are to be uploaded separately.

1. Forwarding letter duly signed by the Authorized person.

2. Tender EMD in the form of online e-payment/D.D. only in favour of Registrar, Jamia Millia Islamia, payable

at New Delhi or Proof of Exemption.

3. Proof of an established Information Technology Private/Public Company registered under Companies Act,

1956/2013.

4. Copies of Company PAN Card, GST Registration.

5. Balance Sheet of last three years or turnover certificate duly attested by CA.

6. Undertaking as per Annexure A.

7. Manufacturer Authority letter specific to this tender from manufacturer / authorized service provider

certificate in case bid is submitted by authorized agent / channel partner, without which bid will be summarily

rejected.

8. Proof of Similar Experience as mentioned in Annexure-A. Enclose at least two Purchase Order /Completion

Certificate copies.

9. Self-Declaration Certificate of not being blacklisted by any GoI, Central or state organizations as per

Annexure – E.

10. Compliance to the Terms and Conditions of the Tender. (As per the format given in Annexure –B).

11. Compliance to the Scope of Work and Technical Specifications. (As per the format given in Annexure-C).

For E-Tendering Help/Support in participation or guidance: -

Helpdesk No. – 01149606060 or you may contact to below persons for any clarifications

Navneet – 9560364871

Nehal Akhtar – 8800991855